Financial Services Compensation Scheme: FSCS467 Supply of Temporary and Permanent Personnel (Master Vendor) Services

  Financial Services Compensation Scheme is using Delta eSourcing to run this tender exercise

Notice Summary
Title: FSCS467 Supply of Temporary and Permanent Personnel (Master Vendor) Services
Notice type: Contract Notice
Authority: Financial Services Compensation Scheme
Nature of contract: Services
Procedure: Restricted
Short Description: In September 2024, FSCS published a Prior Information Notice in relation to procurement of master vendor contracts under two Lots, (i) Claims handler and (ii) Non-claims handler. The two Lots covering both permanent and contractor roles across the Scheme. Following a Supplier Briefing event, FSCS decided to procure all its requirements for temporary and permanent personnel under a single Master Vendor contract. FSCS already has a specialist recruitment framework for executive and non-executive roles. The new master vendor contract will be in addition to this arrangement and will therefore not include executive and non-executive roles. The services will include supporting a FSCS’s People Team to attract, recruit and retain candidates with the right blend of skills, qualifications, experience, knowledge, and attitude into the right roles and in the right place to deliver on the Scheme’s strategy. The services must include the smooth transition from our existing master vendor arrangement.
Published: 15/11/2024 17:08
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Recruitment services.
Section I: Contracting Authority
      I.1) Name and addresses
             Financial Services Compensation Scheme
             Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
             Tel. +44 2073758175, Email: Jean.Mutudza@fscs.org.uk
             Contact: Jean Mutudza
             Main Address: www.fscs.org.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Economic and financial affairs

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: FSCS467 Supply of Temporary and Permanent Personnel (Master Vendor) Services       
      Reference Number: FSCS467
      II.1.2) Main CPV Code:
      79600000 - Recruitment services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: In September 2024, FSCS published a Prior Information Notice in relation to procurement of master vendor contracts under two Lots, (i) Claims handler and (ii) Non-claims handler. The two Lots covering both permanent and contractor roles across the Scheme. Following a Supplier Briefing event, FSCS decided to procure all its requirements for temporary and permanent personnel under a single Master Vendor contract. FSCS already has a specialist recruitment framework for executive and non-executive roles. The new master vendor contract will be in addition to this arrangement and will therefore not include executive and non-executive roles. The services will include supporting a FSCS’s People Team to attract, recruit and retain candidates with the right blend of skills, qualifications, experience, knowledge, and attitude into the right roles and in the right place to deliver on the Scheme’s strategy. The services must include the smooth transition from our existing master vendor arrangement.       
      II.1.5) Estimated total value:
      Value excluding VAT: 56,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: In September 2024, FSCS published a Prior Information Notice in relation to procurement of master vendor contracts under two Lots, (i) Claims handler and (ii) Non-claims handler. The two Lots covering both permanent and contractor roles across the Scheme. Following a Supplier Briefing event, FSCS decided to procure all its requirements for temporary and permanent personnel under a single master vendor contract. FSCS already has a specialist recruitment framework for executive and non-executive roles. The new master vendor contract will be in addition to this arrangement and will therefore not include executive and non-executive roles. The services will include supporting a FSCS’s People Team to attract, recruit and retain candidates with the right blend of skills, qualifications, experience, knowledge, and attitude into the right roles and in the right place to deliver on the Scheme’s strategy. The services must include the smooth transition from our existing master vendor arrangement.

We currently have a Master Vendor in place to support all our recruitment needs, temporary agency worker, contractor, fixed term and permanent, except for Executive and NED recruitment. Our current Master Vendor contract is coming to the end of its life and therefore we are seeking a new Master Vendor initially for a two-year contract with the option to extend for up to a further two years in two twelve-month extensions.

We aim to build and maintain the trust of everyone we work with through rigorously independent decisions, efficient operations, resilience in tackling financial failures and always putting our customers first. Our claim handlers are our customer facing roles and as such we rely on their professionalism, skills, and expertise to handle the process with the customers and to arrive at the right outcome in every case.

We recognise that to achieve the levels of service and trust we strive for we must recruit the right contractors and permanent staff.

The Service Provider will handle all our recruitment requirements within the scope defined in this Statement of Requirements for temporary agency workers, contractors, fixed term, and permanent staff, i.e., all roles except for Executive and NED roles. They will be required to source talent with the essential technical skills and expertise required as well as the attitudinal attributes and qualities that are consistent with those of FSCS.

More detail about the requirement can be found in the tender documents on FSCS's e-procurement portal Delta. Details on how to access documents are contained within this notice.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 56,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will have an option to extend for up to a further two years in two twelve-month extensions (maximum term of 48 months).
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 5       
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2024/S 000 - 030698       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/12/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/01/2025       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Recruitment-services./96PABT2345

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/96PABT2345
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Court of Justice
       The Strand, London, United Kingdom
       Tel. +44 2073758197, Email: procurement@fscs.org.uk
   VI.4.2) Body responsible for mediation procedures:
             The Royal Court of Justice
          The Strand, London, United Kingdom
          Tel. +44 2073758197, Email: procurement@fscs.org.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Financial Services Compensation Scheme
       Beaufort House, 15 St. Botolph Street, London, EC3A 7QU, United Kingdom
       Tel. +44 2073758175
   VI.5) Date Of Dispatch Of This Notice: 15/11/2024

Annex A


View any Notice Addenda

View Award Notice